Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

D -- Readiness-Based Sparing (RBS) Support - PWS

Notice Date
4/20/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-18-C-1000
 
Archive Date
5/19/2017
 
Point of Contact
Michael L. Dickson, Phone: 9376567424
 
E-Mail Address
michael.dickson.4@us.af.mil
(michael.dickson.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Capabilities Matrix CDRLs PWS This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements of AFSC/LGP or its successor organization(s). Please review, in this order, the Sources Sought Synopsis, the Performance Work Statement (PWS) and associated Contract Data Requirements List (CDRLs), and the Capabilities Matrix spreadsheet. The scope of AFSC's enterprise-wide responsibilities include operating, maintaining, and enhancing logistics systems, developing tools, policies, and procedures for enterprise-level management, performing logistics analysis from a Readiness-Based Sparing (RBS) perspective, defining functional requirements for future logistics systems and monitoring supply chain performance and generating responsive solutions. Because of the highly technical nature of RBS, AFSC needs contractor support to provide the specialized analytical skills necessary to analyze RBS results, resolve problems, and assist users in interpreting and applying the results. The Air Force installations where service will be provided may require contractor personnel to travel to these locations. The period of performance will be 12 months, beginning on 26 Nov 2017 and ending on 25 Nov 2018. Additionally there will be one option year extending through 25 Nov 2019. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 15-Contracting by Negotiation. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or small business located within an Historically Underutilized Business Zone (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541519, size standard $27,500,000.00. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. Interested contractors shall review, fill-in and return the attached Capabilities Matrix and may also submit a 6-8 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to michael.dickson.4@us.af.mil, no later than 4 May 2017 at 4:00 PM, EST. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or a related effort, or issue a solicitation or a notice of intent to award a sole source contract, the action will be publicized on the FedBizOpps website. If you have any questions, you may contact Michael Dickson, Contract Negotiator, at michael.dickson.4@us.af.mil or 937-656-7424. See attached: 1. PWS 2. CDRLs 3. Capabilities Matrix
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-C-1000/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, OH, United States
 
Record
SN04480037-W 20170422/170420235849-65f1312400a4396b00ac6f35f3826ed2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.